AK ANG Base Supply Complex, JBER, ALASKA

SOL #: W911KB26RA016Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SN ENDIST ALASKA
ANCHORAGE, AK, 99506-0898, United States

Place of Performance

EARECKSON AS, AK

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Administrative Facilities And Service Buildings (Y1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 22, 2025
2
Last Updated
Mar 12, 2026
3
Response Deadline
Mar 11, 2026, 10:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Army is issuing a Presolicitation Notice for a Design-Build project to construct an Alaska Air National Guard Base Supply Warehouse (approx. 59,815 SF) at Joint Base Elmendorf Richardson (JBER), Alaska. This is a Total Small Business Set-Aside with an estimated value of approximately $40,000,000. Phase 1 proposals are due April 28, 2026.

Scope of Work

This project involves the design and construction of a new supply warehouse on the Elmendorf side of JBER to support administrative, logistical, and operational requirements of the AKARNG. The facility will include a high-bay warehouse, loading dock, traffic management office (TMO), classified storage vault, weapons vault, training room, secure room, restrooms with showers and lockers, janitor closet, admin/office spaces, LGRM, electrical room, tele-comm room, fire pump room, Boeing storage room, secure outdoor yard, covered outdoor stairs, and an elevator. The second floor will feature a mechanical mezzanine, admin/command offices, Boeing workstations, circulation, restrooms, lactation room, janitor closet, tele-com room, and an electrical room. Design and construction will also encompass all utility services, systems, site improvements, drainage, and parking areas.

Contract & Timeline

  • Type: Firm-Fixed Price, Two-Phase Design-Build
  • Value: Approximately $40,000,000
  • Set-Aside: Total Small Business
  • Solicitation Number: W911KB26RA016
  • Phase 1 Proposals Due: April 28, 2026
  • Anticipated Notice to Proceed (NTP): September 30, 2026
  • Period of Performance: 1095 calendar days
  • Solicitation Availability: On or about April 28, 2026, via PIEE Solicitation Module.

Evaluation

Award will be based on a best value tradeoff source selection.

  • Phase 1 Factors: Past Performance (Confidence Assessment) and Technical Approach.
  • Phase 2 Factors: Building Function and Aesthetics, Quality of Building Systems and Materials, Site Design, Proposed Contract Duration and Summary Schedule, Extent of Participation of Small Business, and Price.

Additional Notes

All offerors must be registered in SAM.gov (System for Award Management). Joint ventures must also be registered. A completed and signed Project Labor Agreement will be required with proposal submission, complying with FAR 52.222-33. The Davis Bacon Act will apply. Electronic proposal submissions will only be accepted via the PIEE Solicitation Module website. Vendors must register in PIEE and establish a Proposal Manager role to submit an offer.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 6
Solicitation
Posted: Mar 12, 2026
View
Version 5
Pre-Solicitation
Posted: Feb 25, 2026
View
Version 4
Pre-Solicitation
Posted: Feb 25, 2026
View
Version 3Viewing
Pre-Solicitation
Posted: Feb 24, 2026
Version 2
Special Notice
Posted: Dec 22, 2025
View
Version 1
Special Notice
Posted: Dec 22, 2025
View